Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

66 -- Sequence Analyzer - Attachment I

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0506
 
Archive Date
9/1/2009
 
Point of Contact
Carol A. Wood, Phone: 301-975-8172, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
carol.wood@nist.gov, todd.hill@nist.gov
(carol.wood@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Subcontract Plan - Suggested Format THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition shall be procured using full and open competition. The National Institute of Standards and Technology (NIST), Multiplexed Biomolecular Science Group is developing capacity to simultaneously measure the abundances of many molecular species. Amongst the classes of molecules are nucleic acids and proteins, and various measurement approaches are being and will be employed. The multiplexing of interest can be characterized as “genome scale,” with typical DNA microarray-scale data (measurement of ~50,000 transcripts) as an initial model. Measurements of this scale are rapidly transitioning to ultra-high throughput DNA sequencing (UHTS), so-called “Next Generation” sequencing. The NIST team will be acquiring such an instrument as a platform for these types of measurements. Initial work is expected to characterize the performance of UHTS measurements, with particular interest in measurement of Gene Expression. These measurements, where the relative abundance of the complete population of mRNA transcripts is inferred by counting the occurrence of segments of sequences unique to the transcript, offer potential as a “reference method” whose performance can be well characterized and for which a quantitative estimate of measurement uncertainty can be assessed. Other work will focus on approaches for the conversion of populations of biomolecules into libraries of nucleic acid tags that can be sequenced and counted. These applications can all be characterized as “sequence census” applications, and they offer a new measurement frontier in quantitative molecular biology. It is expected that NIST’s initial experimental program will lead to strategies and standards development in support of measurement assurance for UHTS, enabling its use to deliver measurements of known quality. All responsible quoters shall provide a quotation for all of the following line items: LINE ITEM 0001: Quantity one (1) each Next-Generation Sequence Analyzer. The system must consist of the following components and software. The system must meet all of the required specifications identified herein. All equipment must be new. Used or remanufactured equipment will not be considered for award. 1. In a given single experiment, the system must read a minimum of 100 million mappable (defined as mapping to a recognized reference genome with no more than 1 error) fragments per run, where each fragment sequence reported is at least 35 contiguous bases, and the run must be completed (instrument ready for new samples) in less than a continuous 7 day period. Systems with more mappable fragments read, and/or faster run time, and/or longer contiguous reads are preferred; 2. System must be compatible with the ligation of DNA “barcode” sequences onto target sequences to allow for measuring samples from different experiments in a single analysis run. Each nucleic acid barcode must allow unique identification of different samples in a mixture, which can be sequenced together in a single-run of a single mixed library. A kit with a minimum of 10 distinct barcodes must be commercially available for the quoted system. Greater numbers of barcodes are preferred; 3. System must be capable of simultaneous measurement of at least 8 distinct samples, from different library preparations, in a single run, while meeting Specification 1, in aggregate. Systems that can run more than 8 distinct samples are preferred; 4. System must be capable of measuring paired-end or mate paired sample libraries. 5. Analysis systems must be able to run unattended for the duration of a single run; 6. Computers for instrument control and data analysis must be provided. 7. All equipment necessary for converting typical nucleic acid samples into the appropriate format for use with the analyzer must be provided by the Contractor. This includes but is not limited to: a. Components necessary for controlled fragmentation of sample DNA into appropriately sized fragments for library production; b. Components necessary for the conversion of a fragment library into the format readable by the quoted analyzer. c. Components necessary for conversion of sample DNA to a mate pair or paired-end library. 8. Analysis software is required. a. The following analysis outputs must be included: i. Alignment of reads to a reference genome; ii. Sequence of each individual fragment read; iv. Summary statistics such as % of reads aligning to reference genome. b. Software must allow for the specification of an arbitrary reference genome. 9. Must include an uninterruptable power supply that allows shutdown of instrument upon power loss without damage to the instrument or loss of data. LINE ITEM 0002: INSTALLATION The Contractor shall provide installation of the sequence analyzer. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications, and removal of all trash. LINE ITEM 0003: TRAINING The Contractor shall schedule and facilitate two (2) separate training sessions for three (3) NIST personnel on-site at NIST Gaithersburg. The first training session shall provide a thorough demonstration of all equipment functions, equipment operation and basic troubleshooting. The training may be completed on-site at NIST immediately after installation and demonstration of specifications. The second training session shall be conducted not later than 60 days after the initial training session and shall include instruction and comprehensive instruction on library preparation, instrument operation, and data analysis. LINE ITEM 0004: WARRANTY The Contractor shall provide, at a minimum, a one year warranty for the equipment. The warranty shall be on-site at NIST Gaithersburg during business hours only. All parts, labor and travel shall be included. The Contractor must respond to the NIST Technical Contact via telephone or e-mail not later than 48 hours after a warranty call is placed. The Contractor must arrive on-site at NIST Gaithersburg not later than 2 weeks after the date the call is placed. In the event that an equipment malfunction renders the instrument unusable for a period of 30 days or more, the Government reserves the right to pursue consideration from the Contractor which fairly and equitably protects the mission of the Multiplexed Biomolecular Science Group. LINE ITEMS 0005 – 0016 OPTION LINE ITEMS Line Items 0005 through 0015 are option line items. The Contractor shall provide pricing for all option line items. Prices quoted for option line items shall remain in effect in accordance with the following timelines. The Government may exercise any or all of these option line items, at its discretion, at any time during the timelines specified below. Option Line Item 0005 shall remain in effect for a period of one year from the date the Contractor’s commercial warranty commences; Option Line Item 0006 shall remain in effect for a period of two years from the date the Contractor’s commercial warranty commences; Option Line Item 0007 shall remain in effect for a period of three years from thedate the Contractor’s commercial warranty commences; Option Line Items 0008 – 0015 shall remain in effect for a period of 6 months from the date of award; LINE ITEM 0005 SERVICE CONTRACT (OPTION LINE ITEM) The Contractor shall provide a one year service contract for the equipment which, if exercised, shall commence the day following the expiration of the Contractor’s commercial warranty. The terms of the service contract shall be identical to the terms of the warranty. LINE ITEM 0006 SERVICE CONTRACT (OPTION LINE ITEM) The Contractor shall provide a one year service contract for the equipment which, if exercised, shall commence the day following the expiration of the Contractor’s commercial warranty. The terms of the service contract shall be identical to the terms of the warranty. LINE ITEM 0007 SERVICE CONTRACT (OPTION LINE ITEM) The Contractor shall provide a one year service contract for the equipment which, if exercised, shall commence the day following the expiration of the Service Contract identified under Line Item 0006. The terms of the service contract shall be identical to the terms of the warranty. LINE ITEM 0008 CONSUMABLES – TRANSCRIPTOME PREPS (OPTION LINE ITEM) Qty 1 lot of 3 each sufficient consumables to run transcriptome preps; LINE ITEM 0009 CONSUMABLES – TRANSCRIPTOME PREPS (OPTION LINE ITEM) Qty 1 lot of 3 each sufficient consumables to run transcriptome preps; LINE ITEM 0010 CONSUMABLES- FRAGMENT LIBRARY PREPS (OPTION LINE ITEM) Qty 1 lot of 3 each sufficient consumables to run fragment library preps; LINE ITEM 0011 CONSUMABLES - FRAGMENT LIBRARY PREPS (OPTION LINE ITEM) Qty 1 lot of 3 each sufficient consumables to run fragment library preps; LINE ITEM 0012 CONSUMABLES – SEQUENCING RUNS (OPTION LINE ITEM) Qty 1 lot of 3 each sufficient consumables for sequencing runs; LINE ITEM 0013 CONSUMABLES – SEQUENCING RUNS (OPTION LINE ITEM) Qty 1 lot of 3 each sufficient consumables for sequencing runs; LINE ITEM 0014 CONSUMABLES – BAR-CODE LABEL (OPTION LINE ITEM) Qty 1 lot of sufficient consumables to barcode-label at least 15 samples each in 5 sequencing runs; LINE ITEM 0015 CONSUMABLES – BAR-CODE LABEL (OPTION LINE ITEM) Qty 1 lot of sufficient consumables to barcode-label at least 15 samples each in 5 sequencing runs; LINE ITEM 0016 – OFFLINE DATA ANALYSIS SYSTEM (OPTION LINE ITEM) Qty 1 Cluster computing system sufficient to permit complete offline data analysis of sequencer data, independent of instrument operation. System to be configured as appropriate to the instrument platform being specified. DELIVERY Delivery, installation, and the first training session must be completed not later than January 31, 2010. The second training session must be completed not later than 60 days after the successful completion of delivery, installation and the first training session. Delivery term shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. FINAL ACCEPTANCE Standard installation testing must be performed on-site at NIST upon completion of installation. Results must meet or exceed the specifications required by this solicitation. NIST will accept the system, and provide payment upon successful completion of delivery, installation, two training sessions and demonstration of all required specifications. Payment terms shall be Net 30 Days. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the Contractor whose quote offers the best value to the Government price and non-price factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability: Meeting or Exceeding the Requirement, 2) Past Performance, and Price. Technical Capability and Past Performance, when combined, are equal in importance to price. Best value shall be determined based on the overall value of the proposed equipment to the Government, price and non-price factors considered. Technical Capability Evaluation of Technical Capability shall be based on the information provided in the quotation. Information submitted shall be evaluated to determine that the equipment meets or exceeds all required specifications. In determining best value, preference shall be given to: - Systems with ability to measure 36 base or longer fragments and/or more mappable fragments per run, and/or faster run time; - Greater numbers of barcodes; - Systems that can run more than 8 distinct samples. Past Performance: Past Performance shall be evaluated to determine the overall quality of the product and service provided by the Contractor. Evaluation of Past Performance shall be based on information provided by references provided and/or information provided by NIST and its affiliates. Past performance and price shall not be evaluated on quotations determined technically unacceptable in accordance with the Technical Capability evaluation criteria. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) An original and one copy of a price quotation which addresses all line items; 2) For the purpose of technical evaluation quoters shall submit: a. Two copies of technical description and/or product literature which clearly details the manufacturer, make and model of the proposed product(s), addresses all required components, and clearly documents that the offered product(s) meet(s) or exceeds the required specifications stated herein; b. Documentation and performance statistics which demonstrate the ability of the proposed equipment to meet or exceed the minimum specifications. Documentation must be resultant of research or tests performed on the identical instrument model being proposed by the Contractor and/or predecessor versions of the proposed instrument. Links to published documentation may also be submitted. 3) For the purpose of Past Performance Evaluation A list of at least three (3) past performance references. The list of references shall include, at a minimum: The name of the company or organization and the reference contact person; the telephone number and email address of the reference contact person; the contract or grant number; the amount of the contract; the address and telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed; 4) This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. 5) In accordance with FAR 52.219-9 entitled “Small, Small Disadvantaged and Women Owned Small Business Subcontracting Plan”, the Contractor shall provide a subcontracting plan for this acquisition in accordance with the suggested format in Attachment I. The Subcontracting Plan must be submitted with quotations. 6) Country of orign for the equipment quoted. DUE DATE FOR QUOTATIONS All quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Carol A. Wood, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. All offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received not later than 3:30 p.m. Eastern time on August 17, 2009. FAX quotations shall not be accepted. E-mail quotations shall be accepted. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Carol Wood, Contract Specialist on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors — Commercial; 52.212-3, Offeror Representations and Certifications — Commercial Items. 52.217-5, Evaluation of Options; In accordance with FAR 52.212-3 Offeror Representations and Certifications — Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-9 Small Business Subcontracting Plan with Alternate I; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor—Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor in accordance with the timelines identified in the Statement of Work/Specifications. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause) ; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0506/listing.html)
 
Place of Performance
Address: NIST, Shipping and Receiving, 100 Bureau Drive, Gaithersburg, Maryland, 21742, United States
Zip Code: 21742
 
Record
SN01899227-W 20090806/090805000940-1573cc814887f282115ddbee494eba7a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.